SOLICITATION NOTICE
45 -- PAINT FILTER SERVICE - Package #1
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
- ZIP Code
- 39710-1006
- Solicitation Number
- F1N2E11164AQ02
- Archive Date
- 9/28/2011
- Point of Contact
- Desiree Snow, Phone: 662-434-7769, Eric Heaton, Phone: 662-434-7785
- E-Mail Address
-
desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil
(desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Template Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N2E11164AQ02. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is set-aside for small businesses. The associated North American Industry Classification System (NAICS) for this procurement is 238220 and the small business size standard is $14 million Columbus Air Force Base has a need for non-personal services to provide the following: All supervision, personnel, equipment, transportation, materials, and all other items necessary for the removal of contaminated paint filters and installation of new exhaust paint filters in various building on Columbus AFB, MS for the period 1 Oct 11 through 30 Sep 12 IAW the applicable Statement of Work. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. A Statement of Work needed to quote on this requirement is incorporated and attached. Specifically cited are the following Contract Line Item Numbers (CLIN): CLIN 0001-AA: J06007 CPA pads, 20x20x1, 182 ea, 1st stage, remove, place in provided container, and install CPA pads every 2 weeks in Bldg 262 - Quantity: 26, Unit of issue: EA CLIN 0002-AA: J06007 MEPT panel, 24x24x1, 108 ea, 2nd stage, remove, place in provided container, and install MEPT panels every 2 months in Bldg 262, (Corrosion shop) - Quantity: 6, Unit of issue: EA CLIN 0003-AA: J06007 XP filter, 24x24x12, 108 ea, 3rd stage, remove, place in provided container, and install 95% XFP filters every 9 months in Bldg 262 - Quantity: 1, Unit of issue: EA CLIN 0004-AA: J06007 CPA pads, 48x30x1, 2 ea, 1st stage, remove, place in provided container, and install CPA pads every 2 weeks in Bldg 220 - Quantity: 26, Unit of issue: EA CLIN 0005-AA: J06007 MEPT panel, 20x20x1, 68 ea, 2nd stage, remove, place in provided container, and install MEPT panels every 3 months in Bldg 220 - Quantity: 4, Unit of issue: EA CLIN 0006-AA: J06007 XP filter, 20x20x12, 68 ea, 3rd stage, remove, place in provided container, and install 95% XFP filters in Bldg 220 every 12 months - Quantity: 1, Unit of issue: EA CLIN 0007-AA: J06007 PL filter CPA pads, 1st stage, 24x24x2, 40 ea, remove, place in provided container, and pleated filters every 2 months in Bldg 262 - Quantity: 6, Unit of issue: EA CLIN 0008-AA: J06007 PL filter CPA pads, 24x24x4, 40 ea, intake filter #2, remove, place in provided container, and 40% pleated filters every 3 months in Bldg 262 - Quantity: 4, Unit of issue: EA CLIN 0009-AA: J06007 PLE filter, 20x24x2, 24 ea, intake filter #1, remove, place in provided container and install pleated filters every 2 months in Bldg 262 - Quantity: 6, Unit of issue: EA CLIN 0010-AA: J06007 Bag filter, 20x24x12, 24 ea, intake filter #2, remove, place in provided container, and install 65% bag filters every 6 months in Bldg 262 - Quantity: 2, Unit of issue: EA CLIN 0011-AA: J060 1st stage blanket prefilter, West Bay, 76x625x1, 1.25 rolls, 1 stage, remove, place in provided container, and install new blanket prefilters as required not to exceed every 2 weeks in Bldg 262 - Quantity: 26, Unit of issue: EA CLIN 0012-AA: J060 2nd stage, 3-ply panel, West Bay, 24x24x1, 126 ea, 2nd stage, remove, place in provided container, and install new 3-ply panels as required not to exceed every 2 months in Bldg 406 - Quantity: 6, Unit of issue: EA CLIN 0013-AA: J060 3rd stage, 6-pocket filter, West Bay, 24x24x12, 126 ea, 3rd stage, remove, place in provided container, and install new 12" deep bag as required not to exceed every 9 months in Bldg 406 - Quantity: 1, Unit of issue: EA CLIN 0014-AA: J060 1st stage blanket prefilter, East Bay, 76x625x1, 1.25 rolls, 1st stage, remove, place in provided container, and install new blanket prefilters as required not to exceed every 2 weeks in Bldg 406 - Quantity: 26, Unit of issue: EA CLIN 0015-AA: J060 2nd stage, 3-ply panel, East Bay, 24x24x1, 126 ea, 2nd stage, remove, place in provided container, and install new 1" thick panels as required not to exceed every 2 months in Bldg 406-Quanity: 6, Unit of issue: EA CLIN 0016-AA: J060 3rd stage, East Bay, 24x24x12, 126 ea, 3rd stage, remove, place in provided container, and install new 12" deep bag as required not to exceed every 9 months in Bldg 406 - Quantity: 1, Unit of issue: EA CLIN 0017-AA: J060 1st stage, 24x24x2, 30% pleated, 4 each, remove, place in provided container, and install new filter every 4 months West Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0018-AA: J060 1st stage, 20x24x2, 30% pleated, 26 each, remove, place in provided container, and install new filter every 4 months West Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0019-AA: J060 1st stage, 20x20x2, 30% pleated, 40 each, remove, place in provided container, and install new filter every 4 months West Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0020-AA: J060 2nd stage, 24x24x12, 65% rigid glass 225 degrees, 12 each, remove, place in provided container, and install new filter every 6 months West Mechanical Room - Quantity: 2, Unit of issue: EA CLIN 0021-AA: J060 2nd stage, 20x24x12, 65% rigid glass 225 degrees, 48 each, remove, place in provided container, and install new filter every 6 months West Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0022-AA: J060 1st stage, 24x24x2, 30% pleated, 4 each, remove, place in provided container, and install new filter every 4 months East Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0023-AA: J060 1st stage, 20x24x2, 30% pleated, 26 each, remove, place in provided container, and install new filter every 4 months East Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0024-AA: J060 1st stage, 20x20x2, 30% pleated, 40 each, remove, place in provided container, and install new filter every 4 months East Mechanical Room - Quantity: 3, Unit of issue: EA CLIN 0025-AA: J060 2nd stage, 24x24x12, 65% rigid glass 225 degrees, 12 each, remove, place in provided container, and install new filter every 6 months East Mechanical Room - Quantity: 2, Unit of issue: EA CLIN 0026-AA: J060 2nd stage, 20x24x12, 65% rigid glass 225 degrees, 48 each, remove, place in provided container, and install new filter every 6 months East Mechanical Room - Quantity: 2, Unit of issue: EA NOTE: Contractor could potentially be exposed to chromium. This disclosure is informartive only. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.237-2, Protection of Government Building, Equipment, and Vegetation, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Award;52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-15, Energy Efficiency in Energy Consuming Products; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 alternate A, Central Contractor Registration; 252.223-7008 Prohibition of Hexvalent Chromium; 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials;252.225-7001, Buy American Act and Balance of Payment; 252.232-7003; Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Evaluation of offerors will be based on price and technical acceptability. An offeror is technically acceptable if there are no exceptions to the Statement of Work. Award will be made to the offer who represents the best value to the Government. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Please validate all quotes through 4 Oct 11. Contact Desiree Snow, Contracting Specialist, telephone (662) 434-7777, fax (662) 434-7753 or e-mail: desiree.snow@columbus.af.mil regarding any questions about this solicitation. The alternate contact telephone number is (662) 434-7799. All offers must be submitted by email or fax to the Contracting Specialist no later than 13 Sep 2011 by 2:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N2E11164AQ02/listing.html)
- Place of Performance
- Address: 14 FTW/MAQ, 09 Shomake Street, Bldg634, Columbus AFB, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN02557423-W 20110902/110831235931-ebdc05766c3c72f16c0fd0720caf2644 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |